Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2007 FBO #1986
SOLICITATION NOTICE

75 -- COPIER PAPER - LIMESTONE ME; JIT DELIVERY

Notice Date
5/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
453210 — Office Supplies and Stationery Stores
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street Bldg #21, Room 2B218, Columbus, OH, 43218, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
KOACO7RL013
 
Response Due
5/8/2007
 
Archive Date
5/23/2007
 
Description
The following is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is solicitation number KOACO7RL013 issued as a request for quotation (RFQ). This solicitation document has incorporated provisions and clauses that are in effect through Federal Acquisition Circular Fac 2005-14, Effective 22 Nov 2006 & Class Deviation 2005-o0001. This solicitation is unrestricted and allows for full and open competition. NAICS code: 453210. Defense Priorities and Allocations System (DPAS) rating: DOC9 Applicable Numbered Notes: None This requirement has one (1) contract line item and will be awarded AS All or None. Requirement: Supply 1000 cases of copier paper in accordance with the Statement of Work (SOW). Each case will consist of 5000 sheets per case. Unit of issue equals case. CLIN 0001- 1000 cases of copier paper. ITEM DESCRIPTION: 8.5 x 11 white, 30% recycled; 20lb multidirectional, copy paper consisting of 92 brightness. INSPECTION/ACCEPTANCE: DFAS Limestone, ME FOB DESTINATION: 27 Arkansas Road, Limestone, ME 04751 STATEMENT OF WORK 1. Purpose: The purpose of this contract is to purchase 1000 Cases of 8.5 x 11 Copier Paper for the Defense Finance and Accounting Service (DFAS), Limestone, ME. a. Paper specifications: 8 1/2 x 11 white, 30% recycled; 20lb multidirectional, copy paper consisting of 92 brightness (500 sheets per ream/10 reams per case) b. Length of Contract: The period of performance will begin on award date and end when all cases are delivered. c. Delivery: Deliveries will be made in incremental quantities to the Defense Finance and Accounting Service (DFAS), LIMESTONE, ME. 27 Arkansas Road, Limestone, ME 04751 until all 1,000 boxes are delivered. The Government Point of Contact (GPOC) or alternate will provide the contractor at least 24 hours notice as to how many cases to deliver. Deliveries must be received no later than 2PM EST, the next business day. There will be no allowance for late deliveries and no additional costs to be incurred by the government. (1) Quantity range for each delivery: 40 cases minimum; 80 cases maximum. (2) Contractor is to deliver paper on pallets (skids); 40 cases per pallet. d. Inspection and Acceptance: Inspection and acceptance shall be performed at DFAS-Limestone by the government for each delivery. 2. Contractor facility access requirements: Facility access is controlled by DFAS Limestone Field Site Security Office personnel. The contractor shall adhere to all facility escort instructions and all other instructions provided by the DFAS Security Office. Prior to visiting the DFAS Limestone site, the contractor shall provide a list of employees to the DFAS Limestone Security Office to aid in contractor ID verification. Upon arrival at DFAS Limestone, the contractor shall present proper identification (valid pictured identification) and demonstrate the purpose of the visit prior to being granted access to the site. Once identification and purpose of the visit is confirmed, the contractor shall sign the visitor control log and be issued a visitor/contractor badge from the security office or warehouse. a. Visitor/contractor badge instructions: 1. Contractor must safeguard the visitor/contractor badge at all times. 2. Badge must be worn above the waist and be visible for viewing at all times. 3. Immediately report loss of the visitor/contractor badge to the Security Office. 4. Upon completion of the visit, contractor must sign out of the facility on the visitor control log and return any visitor/contractor badge issued. For the safety and security of DFAS employees the contractor shall be required to sign and abide by the DFAS Workplace Violence Prevention Policy, provided as Attachment 1 within the SOW. 3. Contracting Officer Representative or Government Point of Contact (GPOC): The GPOC is the primary DFAS employee that deals with technical issues with the contractor and will be the contractor's point of contact during execution of this contract. An alternate, DFAS employee within the GPOCs office, will be assigned if the designated GPOC is unavailable. a. The GPOC will monitor technical, administrative and funding requirements. b. All invoices must be submitted directly to the GPOC for approval following each delivery. c. The contractor will coordinate, confirm and validate all deliveries with the GPOC. NAME OF GPOC: Louis Hanson Phone: 207-328-1119 ADDRESS: DFAS LIMESTONE, 27 Arkansas Road, Limestone, ME 13441 4. Invoices and Payment: Payments will be made by Government Credit Card. US Bank is the government credit card holder. Only invoices submitted by the contractor and then accepted by the GPOC shall be charged to the government credit card. The contractor shall accomplish all requirements to meet the completeness, quality, and degree of professionalism to comply with the requirements set forth within this SOW. It is the Contractor?s responsibility to maintain active status within the Central Contract Registry (CCR) to insure prompt payment. SOW Attachment 1 WORKPLACE VIOLENCE PREVENTION POLICY CRISIS ACTION PLAN CERTIFICATION I hereby certify that I have received a copy of the DFAS Limestone Workplace Violence/Crisis Action Plan. I understand that exhibiting violent behavior, issuing threats, or otherwise indicting an intent to harm someone, is prohibited. I understand that violating this policy may result in disciplinary/administrative action up to, and including, termination of employment, and the possibility of criminal prosecution. I acknowledge responsibility to notify either my supervisor, deputy director, security manager, or Crisis Management Team, regarding threats, potential threats, or acts of violence against DFAS Limestone employees and/or property. I realize that reported allegations must be made in a good-faith effort to protect employees and property. I understand that deliberate, unwarranted allegations will be viewed as an attempt to disrupt agency operations and disciplinary action may be taken against me. I acknowledge that I cannot bring anything onto DFAS Limestone property in my vehicle or on my person that can be construed or used as a dangerous weapon. I realize that DFAS Limestone has the right to search my vehicle, work area, personal possessions, or person for items that can be used or construed as a dangerous weapon. DFAS Limestone may seize any dangerous item deemed necessary under this policy. _______________________________________ Printed Name of Employee/Contractor _______________________________________ Company Title or Name ______________ _______________________________________ Date Signature of Employee/Contractor ______________ _______________________________________ Date Signature of Security Officer The following clauses and provisions apply to this solicitation: Provision at 52.212-1, Instructions to Offerors-Commercial, Provision at 52.212-2, Evaluation-Commercial Items; Provision at 52.212-3, Offeror Representations and Certifications-Commercial Items Clause at 52.212-4, Contract Terms and Conditions-Commercial Items Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items Basis for Selection: The Government will award to the contractor whose proposal is determined to be the "best value" to the Government, price and other factors considered. The factors that will be considered are Price and Past Performance. PAST PERFORMANCE: Offerors are allowed to submit up to a maximum of 3 pages of past performance information for previous work experience on similar projects, including outcomes. Project points of contact information, such as email or phone numbers must be included to validate past performance. All pages after the first 3 pages, regardless of whether they are title pages, tables of content, etc., will not be evaluated. Each page shall be properly identified as "Past Performance Information". PRICE: Evaluation of price will be based on the total quoted price. Offerors are allowed to submit up to a maximum of 1 page of supporting information on their price; however this is not required. All pages after the first page, regardless of whether they are title pages, tables of content, etc., will not be evaluated. Each page shall be properly identified as Pricing Support Information. Quotes should NOT include more than 5 total pages of information: three (3) pages for Past Performance, one (1) page for Pricing Support information, and one (1) page of basic quote information (eg. total price, point of contact, term of quote validity, etc.). Offers are due by 4:00 p.m. EDT on May 8, 2007 and are to be furnished to the POC prior to RFQ closing. Facsimile and e-mail quotes are acceptable and preferred. Point of Contact (POC): Steven Marshall Phone Number: 614-693-1952; Fax Number: 614-693-1808 e-mail address: steven.marshall@dfas.mil Offers may be submitted by mail to: DFAS Columbus Contract Services Directorate Attn: Bldg. 21 / 2B014 / Marshall 3990 E. Broad Street Columbus, OH 43213-1152
 
Place of Performance
Address: Defense Finance and Accounting Service (DFAS), LIMESTONE, ME. 27 Arkansas Road, Limestone, ME 04751
Zip Code: 04751-6216
Country: UNITED STATES
 
Record
SN01287292-W 20070505/070503221600 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.